GSA's $11.7M Air Traffic Control Radio Upgrade Awarded to Leidos, Inc. in 2007
Contract Overview
Contract Amount: $11,690,717 ($11.7M)
Contractor: Leidos, Inc.
Awarding Agency: General Services Administration
Start Date: 2007-09-19
End Date: 2013-03-19
Contract Duration: 2,008 days
Daily Burn Rate: $5.8K/day
Competition Type: COMPETITIVE DELIVERY ORDER
Number of Offers Received: 2
Pricing Type: COMBINATION (APPLIES TO AWARDS WHERE TWO OR MORE OF THE ABOVE APPLY)
Sector: IT
Official Description: AIR TRAFFIC CONTROL RADIO SYSTEM UPGRADE
Place of Performance
Location: DAYTON, MONTGOMERY County, OHIO, 45433
State: Ohio Government Spending
Plain-Language Summary
General Services Administration obligated $11.7 million to LEIDOS, INC. for work described as: AIR TRAFFIC CONTROL RADIO SYSTEM UPGRADE Key points: 1. The contract was awarded for an Air Traffic Control Radio System Upgrade. 2. Leidos, Inc. was the contractor for this $11.7 million award. 3. The contract was a competitive delivery order under a larger contract. 4. The duration of the contract was from 2007 to 2013.
Value Assessment
Rating: fair
The total award amount was $11,690,716.74. Without specific unit cost data or benchmarks for similar radio system upgrades, a precise value assessment is difficult. However, the amount appears moderate for a system upgrade of this nature.
Cost Per Unit: N/A
Competition Analysis
Competition Level: full-and-open
This was a competitive delivery order, indicating that multiple vendors likely had the opportunity to bid. Competition generally leads to better price discovery and potentially lower costs for the government.
Taxpayer Impact: The competitive nature of the award suggests taxpayers likely benefited from a fair market price for the radio system upgrade.
Public Impact
Enhances the reliability and efficiency of air traffic control communications. Supports the modernization of critical national infrastructure. Ensures continued safety and security in the national airspace system.
Waste & Efficiency Indicators
Waste Risk Score: 58 / 10
Warning Flags
- Long contract duration (6 years) may lead to cost overruns or outdated technology.
- Lack of specific performance metrics makes it hard to gauge effectiveness.
- Potential for vendor lock-in if the system requires proprietary maintenance.
Positive Signals
- Competitive award process suggests good initial pricing.
- Upgrade addresses a critical need for air traffic control.
- Awarded by GSA, a reputable contracting agency.
Sector Analysis
The IT sector, particularly involving specialized communication systems like air traffic control, requires significant investment. Benchmarks for similar upgrades are scarce, but the awarded amount seems within a reasonable range for a system of this complexity.
Small Business Impact
The data does not indicate if small businesses were involved as subcontractors. The prime contractor, Leidos, Inc., is a large corporation, suggesting this was not specifically set aside for small business participation.
Oversight & Accountability
The contract was awarded by the General Services Administration (GSA), which typically has robust oversight mechanisms. However, the specific oversight applied to this delivery order is not detailed in the provided data.
Related Government Programs
- Computer Facilities Management Services
- General Services Administration Contracting
- Federal Acquisition Service Programs
Risk Flags
- Potential for technology obsolescence due to long contract duration.
- Lack of detailed performance metrics.
- Limited insight into specific upgrade components and their cost-effectiveness.
- No clear indication of small business subcontracting.
Tags
computer-facilities-management-services, general-services-administration, oh, delivery-order, 10m-plus
Frequently Asked Questions
What is this federal contract paying for?
General Services Administration awarded $11.7 million to LEIDOS, INC.. AIR TRAFFIC CONTROL RADIO SYSTEM UPGRADE
Who is the contractor on this award?
The obligated recipient is LEIDOS, INC..
Which agency awarded this contract?
Awarding agency: General Services Administration (Federal Acquisition Service).
What is the total obligated amount?
The obligated amount is $11.7 million.
What is the period of performance?
Start: 2007-09-19. End: 2013-03-19.
What was the specific scope of the radio system upgrade and how did it improve air traffic control capabilities?
The provided data lacks specifics on the scope of the upgrade. A comprehensive upgrade would typically involve replacing aging radio hardware, enhancing transmission capabilities, improving signal clarity, and potentially integrating new digital technologies. Such improvements are crucial for reducing communication errors, increasing airspace capacity, and ensuring the safety of air travel by providing reliable voice communication between controllers and pilots.
Were there any performance issues or contract modifications during the 2007-2013 period that impacted cost or delivery?
The provided data does not contain information on performance issues or contract modifications. A thorough review would require access to contract performance reports, modification history, and any associated documentation. Without this, it's impossible to determine if the project faced challenges that led to cost increases or delays beyond the initial scope and timeline.
How does the per-unit cost of the radios or system components compare to industry standards for similar government or commercial procurements?
Benchmarking the per-unit cost is not possible with the given data. The total award amount of $11.7 million is for the entire system upgrade, not broken down by individual units or components. To assess cost-effectiveness, detailed specifications of the equipment procured and their unit prices would be needed, alongside comparable market data for similar radio systems.
Industry Classification
NAICS: Professional, Scientific, and Technical Services › Computer Systems Design and Related Services › Computer Facilities Management Services
Product/Service Code: IT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS › ADP AND TELECOMMUNICATIONS
Competition & Pricing
Extent Competed: COMPETITIVE DELIVERY ORDER
Solicitation Procedures: NEGOTIATED PROPOSAL/QUOTE
Solicitation ID: MD577ATC4T5
Offers Received: 2
Pricing Type: COMBINATION (APPLIES TO AWARDS WHERE TWO OR MORE OF THE ABOVE APPLY) (2)
Evaluated Preference: NONE
Contractor Details
Parent Company: Leidos Holdings, Inc. (UEI: 611641312)
Address: 10302 EATON PLACE, SUITE 150, FAIRFAX, VA, 22030
Business Categories: Category Business, Corporate Entity Not Tax Exempt, Not Designated a Small Business
Financial Breakdown
Contract Ceiling: $11,715,791
Exercised Options: $11,715,791
Current Obligation: $11,690,717
Contract Characteristics
Commercial Item: COMMERCIAL ITEM
Parent Contract
Parent Award PIID: GS07T00BGD0028
IDV Type: GWAC
Timeline
Start Date: 2007-09-19
Current End Date: 2013-03-19
Potential End Date: 2013-03-19 00:00:00
Last Modified: 2017-12-13
More Contracts from Leidos, Inc.
- Science Operation and Maintenance Support for the United States Antarctic Program — $3.1B (National Science Foundation)
- Provide Funding for Clin 302 for Pre-Flight and In-Flight Services. Contract Number Dtfawa-05-C-00031, Lockheed Martin. POP 01/16/08-03/31/08 — $1.9B (Department of Transportation)
- THE Facilities Development and Operations Contract(fdoc) Specifies Technical, Managerial, and Adminstrative Work Needed to Ensure the Availablitity, Integrity, and Reliability of Missionoperations Facilites Supporting National Aeronautics and Space Administration (nasa) Human Space Flight (HSF) Programs Requiring Mission Operations Support. the Objective of This Contract IS to Consolidate Efforts Across the Facilities Covered Under Fodoc in Order to Maximize Synergy for Hardware and Software Development, Modification, Sustaining. Maintenance, Reconfiguration, and Operations for the Purpose of Reducing Cost Without Compromising Facility Functionality and Performance. Nasa Will Collaborate With the Contractor on Developing Procedural and Technical Innovations That Improve Quality, Ensure Customer Satisfaction and Reduce Cost. Mission Operations Facilities Currently Support the Space Shuttle Programand the International Space Station Progra, Including International Partner and Commmercial Visiting Vehicles. Mission Operations Facilities Supporting the Cnstellation Program(cxp) ARE Continuously Under Development in Concert With CXP Formulation and Implementation. Fdoc Applies to the Facilities of These Three Programs, and ANY Other HSF Program Requiring Mission Operations Facility Support. in Addition, Future Mission Operations Facilities and Capabilities ARE Within the Technical Scope of This SOW, and Fdoc Worlk Associated With These Facilities Will BE Enabled Through Idiq — $1.3B (National Aeronautics and Space Administration)
- National Airspace System (NAS) Implementation Support Contract (nisc). Provides Engineering and Technical Support Services to FAA Organizations Responsible for NAS Transformation, Integration and Implementation in the Areas of Implementation and Integration Planning, Transition Planning, Engineering Support, Environmental Support, Automation Support and Other Engineering and Technical Disciplines AS Required. TAS::69 8107::TAS — $1.1B (Department of Transportation)
- Itssc Task Order for Systems — $1.1B (Social Security Administration)
Other General Services Administration Contracts
- Software Life Cycle Development — $1.4B (Science Applications International Corporation)
- Task Order (TO) 47qfca21f0018 IS Hereby Awarded to Booz Allen Hamilton, Inc. (BAH) to Provide Enterprise Level Data to the Ousd(c), and ITS Strategic Partners (I.E., DOD Fourth Estate, DOD Departments, and IC Community) — $1.4B (Booz Allen Hamilton Inc)
- Federal Contract — $1.2B (Booz Allen Hamilton Inc)
- THE Scope of the to IS to Provide Enterprise IT Services for the Usace — $1.1B (Science Applications International Corporation)
- Task Order Award — $1.1B (Booz Allen Hamilton Inc)